Loading...
HomeMy WebLinkAbout Bid Information and Packets50 /SG a 6z/2O aL/ • Y_L f 9» Y i ,1/P 7-a r) V / 9 - / /_inn -7/v //1/41rl7 3''t rs°QK IY -441 7 11n JU�Li 0 o a UlJU1r 0 ®o OOM 0 ®0 II CI'T'Y O -ARVIEL JAMES 13122V NARI), MANOR LETTER OF TRANSMITTAL Date: December 19, 2012 To Sandy Johnson Clerk Treasurers Office From Gary Duncan Assistant City Engineer Dept. of Engineering RE: Bid Packet for Project #11 -07 River Road Culvert over Elizabeth Warren Ditch Replacement Project Sandy, enclosed please find 6 (six) bids for Project #11 -07. Contractor Base Bid Alternate Bid #1 Gerig- Ottenweller Contracting $659,671.00 $103,091.25 Calumet Civil Contractors $691,313.10 $146,936.90 Crider & Crider $711,648.50 $ 98,290.51 Rieth -Riley Construction $777,831.00 $113,324.00 Atlas Excavating, Inc. $784,495.00 $ 78,312.00 Hoosier Pride Excavating, Inc. $873,167.40 $176,627.99 DEi'AR'i iENr ii ISnaISIIRING ONE Civic SQUARE. CAi lr:l.. IN 46032 Oimicc 31737121,i I FAN 317.5712139 cngincrring .t arnml.in go' BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Cannel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be filly and accurately filled in and completed and notarized. Project: Project No. 11 -07 —River Road Culvert Replacement over Elizabeth Warren Drain Proposal For Construction of : Date: Remove and Replace three sided culvert over Elizabeth Warren Drain. December 19, 2012 To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 PART I BIDDER INFORMATION Print 1.1 Bidder Name: Gerig - Ottenweller Contracting, LLC. 1.2 Bidder Address: Street Address: 3010 Independence Drive City: Ft. Wayne State: IN Zip: 46808 Phone: 260- 484 -9183 Fax: 260- 484 -9187 1.3 Bidder is a/an [mark one] Individual X Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or, joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dared January 23, 1958] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: 4 Indiana Registered Agent: Name: Address: BID -2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total: Base Bid: 5 1 ,e bu•ntl r e 1 P; G e i nbn e. Ti uthwn13 ($(13 Colt. °0). *se-MA -1 ane. deUasS hvn�rKt2 Dollars 1 r " . ere. Ctn1S Alternate Bid #1: One hunt%rr 1141 a Witt. St.A3 nine_ U ne_ Doliar_ 4 }wean {'t Z emFS ($ 163 toed , as) 2.2 General The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base and selected Alternate Bids. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus Alternate Bid #1. The - Bidder further- acknowledges_ that -the_ unit _quantities - listed -in- P-art-3-of- this - Proposal -are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID-3 • • PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Project No. 11 -07 - River Road Culvert Replacement Over Elizabeth Warren Drain BASE BID Prices in Figures Contract Estimated Unit Total Price Item No. Item E,,,,,•. Unit Price For Item 1 Construction Engineering I LS $' _ 0 2 Mobilization and Demobilization I LS .636i ecO. co $ 3( 000- ' 3 Third Party Agency Testing I LS 13)000. cc $ , oco, 4 Maintaining Traffic I LS COMM $ a. cowl - 5 Con -S an Bridge System I LS $ • o . _ 6 Precast Concrete Footing I LS $1 " pto- 7 Cast -in -Place Concrete Footing I LS MAW $ - coo - ° 8 Dewatering I LS • r• $j0 Ce0 -C' 9 Temporary Pumparound I EACH 0 ow. no $ 3. 0c.6 - ea 10 Clearing Right of Way I LS -U —oc. ear) $ l w w - I I Guardrail, Remove 256 LFT C ,t3o 12 Existing Concrete Culvert and Associated Foundations, Remove I LS (I pOp, t $ tt{ Li4• 1 13 Riprap, Remove I LS ''5.500 EIMIZii 14 Asphalt, Remove 220 SYS - IS . 00 $ 3 3cc - ' 15 Tree and Vegetation, Remove I LS s •♦ .w 16 Sign and Post, Remove 6 EACH 106 • coo $ • , O • 17 17 Sign and Post, Remove and Re- install` EACH o0 $ 18 Excavation, Common 1350 CYS di • 00 $ q Ore- • 19 Excavation, Waterwa 550 CYS 0 , 06 $(, 050 - c' 20 Excavation, Foundation, Unclassified 650 CYS �i. dp $ �l� 0 21 Linear Ditch Grading 158 LFT t 1. 00 $ litO(e - • 22 Compacted Aggregate, 53, Base 0 TONS 3 t4 oo $ - 23 Saw Cut, Asphalt 68 LFT 0 3 , 5 0 24 Milling, As halt, 2 Inch 560 SYS et t0 . OC $ S 6,00- 25 H HMA Bituminous Surface, Type 8 80 T TONS ' ' o o 26 T HMA Bituminous, Intermediate, 55 T TONS 1 1i3 dG 27 H HMA Bituminous Base, Type 7 75 T TONS . .0i oC S S O 28 H Handrail 1 197 L LFT t t VI 00 $ $ 35.066 29 F Filter Fabric 5 530 S SYS 1 11,E . so 30 R Riprap, Class I 7 720 T TONS 1 13 311, o O $ $ at; (A- u 31 S Seed Mixture, R (170 lbs per acre) 1 100 L LBS c X35.00 $ cc 32 F Fertilizer 3 300 L LBS i ik I • 0 0 $ $ 3c0 - ` ' 33 R Re- spread Topsoil 1 1 L LS B B a pip. a $ $ a cm - ,1 34 E Erosion Control Blanket 2 2300 S SYS b b 1, -IS 35 C Concrete Washout I I E EACH 6 6 '15b,00 $ $ .-.1s O 36 T Temporary Ditch Inlet Protection 0 0 E EACH 1 1 7O_ ' 37 T Temporary Silt Fence 4 475 L LFT 3 3 - 0 0 $ $ 1 qas - "` 38 M Mobilization and Demobilization 1 1 E EACH 1 15d , 0 $ $ 1 so 39 B Bicycle and Diagonal Arrow Sign 2 2 E EACH i ii 5o0. 00 $ $ 1, 000 -o 40 C Construction Sign, Type A 8 8 E EACH • • NO: O: e t) $ $ 1 1 a o- 41 C Construction Sign, Type C 8 8 E EACH ' ''ti atm•ao $ $ '000- 42 S 43 D Detour Route Marker Assembly 2 24 E EACH i it SO : DC) $ $ 3 (000- "; 44 R Road Closure Sign Assembly 8 8 E EACH A A 110 00 45 4 4 Inch White Epoxy Line with 5 560 L LFT 1 1%' J• is 6 46 4 4 Inch Yellow Epoxy Line with 5 560 L LFT e es O « «' 47 L Left Curve Warning Sign and Post 1 1 E EACH V Vi St>0 • "C' $ $ Soo -c)c) 48 E End School Zone Sign and Post l l E EACH > > °r(> �' $ $ Soo - 49 B Bicycle Warning Sign, Diagonal 2 2 E EACH C Cb $ $ C 50 B Bicycle Warning Sign and Post I I E EACH , , et $ $ (a CO - • Total for River Road Over Elizabeth Warren Drain $ (O 51 ALTERNATE BID #1 0 0 • 17 Type "C ", 19mm 115 TONS I 0 b $ �45 18 Street Cut Repair 181 LFT 6' O. 00 $ its •ay0- 19 Depressed Curb 42 LFT 1$53-°C) $ a t 00 - ell 20 Curb Transition 84 LFT S o o $ 21 Filter Fabric 470 SYS 1�a_SO 22 Seed Mixture, R (170 lbs per acre) 50 LBS U 3s. o O $ 0 t 1] 5- 0 23 Fertilizer 200 LBS P , 0-O $ acOO - 24 Re- spread Topsoil 1 LS 1$ • a ., e, $a-000 - G 25 Erosion Control Blanket 525 SYS .� 1,15 26 Temporary Inlet Protection 3 EACH S $00 , °G $ ?y cot,_ 27 Temporary Silt Fence 800 LFT 6 3 . o b $ 00- ' a 28 Pipe, 12 Inch, RCP, Including 8 LFT 1Q ae, , 00 $ (o 43 Backfill Prices in Figures Contract E Estimated U Unit T Total Price Item No. I Item U Unit P Price F For Item 1 C Construction Engineering 1 1 L LS ► ► $ $ a 000 - • 2 T Third Party Agency Testing 1 1 L LS i it . O0 ,C10 $ $ a 030 - I 3 M Maintaining Traffic 1 1 L LS 0 0 00 • or' $ $ 000 - o 4 A Asphalt, Remove 6 62 S SYS U U , °O $ $ i Q40 - G I: 5 i Sign and Post, Remove and Re- a 1 E EACH , ,j¢SOa• (16 $ a 6 E Excavation, Common 4 475 C CYS ' '$ 8.0c. $ $ 3. $00- 7 L Linear Ditch Grading 7 732 L LFT 0 0 5. o o $ $ 3 GGio_ G' 8 C Compacted Aggregate, 53, Base 2 240 T TONS i ii, ay'. c3 0 $ $ i� ow - 9 S Saw Cut, Asphalt 1 181 L LFT $ $ 3 ,c0'0, fl' 10 A Accessible Ramp with Detectable 7 7 E EACH : . c'r' $ $ 5;6 LSO -0 II l 1 12 Inch White Thermoplastic Line 1 144 L LFT f :8:7 f� L, - O' 12 1 18 Inch White Thermoplastic Stop 1 12 L LFT 4 4 g • np $ $ y G. 0 C) 13 8 8 Inch Yellow Cross Hatch 1 1 L LS S S t : coo , '' $ $ ..• 00 - 14 C Concrete Sidewalk 9 90 S SYS I II GO, . oV $ $ 5 siCO - " 15 C Concrete Modified Roll Curb 5 54 L LFT 1 111 LS. CO $ $ 3 SI6 - " 16 H HMA Bituminous Surface, Type 4 40 T TONS S S Wq . °0 $ $ Si 760 -° HMA Bituminous, Intermediate, � �, n n • 29 Pipe, 6 Inch, Double Wall Perforated HDPE 729 LFT (, - 0 6 + $ y,,31 30 Aggregate for Underdrains 65 CYS W 36,00 $ 00- 31 4' Diameter Manhole with Casting I EACH oa aso 00 tio $ aSC - 32 Snout 1 EACH • pp.° $4 : -Cp -'V 33 Construction Sign, Type A 2 EACH W t.l0, $ ep - • 34 Construction Sign, Type C 2 EACH 4. -s . °° $ 5Gd - 35 School Advance Crossing Assembly and Post 1 EACH 0 t O, °U 0 oc 1{� 36 School Crossing Signage Assembly and Post 2 EACH 14Ob. oo °c $ Ei�O Total for River Road Over Elizabeth Warren Drain Carmel Project No. 11 -07 - $ i o 3 , c5 k , a5 - 6 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 12/04/12 1(3,13-1a, � � 3 17- /r1 /12_ BID -8 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: BID -9 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. Company: Calumet Civil Contractors, Inc. 4898 Fieldstone Drive Whitestown, IN 46075 Project Name: No. 11 -07: River Road Culvert Replacement over Date Submitted: December 19, izaset 2012 arren Drain Base Bid Amount: $691,313.10 Local Preference Law I am claiming Local Preference (Circle One) (All required documentation to be provided with bid proposal) NO BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This fotmn shall he utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Project No. 11 -07 —River Road Culvert Replacement over Elizabeth Warren Drain Proposal For Construction of : Remove and Replace three sided culvert over Elizabeth Warren Drain. Date: December 19, 2012 To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 PART I BIDDER INFORMATION [Print) Bidder Name: Calumet Civil Contractors, Inc. 1.2 Bidder Address: Street Address: 4898 Fieldstone Drive City: Whitestown Phone: State: 317 -769 -1900 IN Fax: 1.3 Bidder is a /an Nark one] Individual Partnership Foreign (Out of State) Corporation; State: Joint Venture Other Zip: 46075 317- 769 -7424 X Indiana Corporation 1.4 %The following must he answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated Jammu), 23, 1958.] 1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 2.1 2.2 PART 2 BID PROPOSAL Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total: Base Bid: Six Hundred Ninety One Thousand Three Hundred Thirteen Anal ten cents liouars (S 691,313.10 Alternate Bid #1: One as 146,937.90 Hundred Forty Six Thousand Nine Hundred ThirtmAad.sand ninety cents 6, General The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base and selected Alternate Bids. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus Alternate Bid #1. The Bidder further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID -3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Project No. 11 -07 - River Road Culvert Replacement Over Elizabeth Warren Drain BASE BID Prices in Figures Contract Estimated Unit Total Price Item No. Item EME Unit Price For Item 1 Construction Engineering 1 LS $ 4,000.00 $ 4,000.00 2 Mobilization and Demobilization 1 LS $ 40,000.00 $ 40,000.00 3 Third Part A • enc Testin • 1 LS $ 1,000.00 $ 1,000.00 4 Maintainin; Traffic 1 LS $ 7,000.00 $ 7,000.00 5 Con -S.an Bride S 'stem 1 LS $ 260,000.00 $ 260,000.00 6 Precast Concrete Footin_ 1 LS $ 118,000.00 $ 118,000.00 7 Cast -in -Place Concrete Footin: 1 LS $ 15,000.00 $ 15,000.00 8 Dewaterin_ 1 LS $ 25,000.00 $ 25,000.00 9 Tem•ora Pum.around 1 EACH $ 1,000.00 $ 1,000.00 10 Clearin_ Ri_ht of Wa 1 LS $ 22,000.00 $ 22,000.00 11 Guardrail, Remove 256 LFT $ 5.00 $ 1,280.00 12 Existing Concrete Culvert and Associated Foundations, Remove 1 LS $ 10,000.00 $ 10,000.00 13 Ri.ra•, Remove 1 LS $ 5,000.00 $ 5,000.00 14 As shalt, Remove 220 SYS $ 12.00 $ 2,640.00 15 Tree and Ve_etation, Remove 1 LS $ 500.00 $ 500.00 16 Si: and Post, Remove 6 EACH $ 120.00 $ 720.00 17 17 Sign and Post, Remove and Re- install EACH $ 500.00 $ 18 Excavation, Common 1350 CYS $ 32.00 $ 43,200.00 19 Excavation, Waterwa 550 CYS $ 28.00 $ 15,400.00 20 Excavation, Foundation, Unclassified 650 CYS $ 15.00 $ 9,750.00 21 Linear Ditch Gradin • 158 LFT $ 25.00 $ 3,950.00 22 Com.acted A__ e•ate, 53, Base 0 TONS $ 50.00 $ - 23 Saw Cut, As shalt 68 LFT $ 2.00 $ 136.00 24 Millin•,As shalt, 2Inch 560 SYS $ 5.00 $ 2,800.00 25 HMA Bituminous Surface, Type "C ", 9.5mm 80 TONS $ 100.00 $ 8,000.00 26 HMA Bituminous, Intermediate, T • e "C ", 19mm 55 TONS $ 80.00 $ 4,400.00 27 HMA Bituminous Base, Type "C ", 25mm 75 TONS $ 90.00 $ 6,750.00 28 Handrail 197 LFT $ 170.00 $ 33,490.00 29 Filter Fabric 530 SYS $ 4.00 $ 2,120.00 30 Ri•ra•, Class I 720 TONS $ 38.00 $ 27,360.00 31 Seed Mixture, R (170 lbs per acre) 100 LBS $ 20.00 $ 2,000.00 32 Fertilizer 300 LBS $ 0.20 $ 60.00 33 Re- s•readTo•soil 1 LS $ 1,500.00 $ 1,500.00 34 Erosion Control Blanket 2300 SYS $ 1.85 $ 4,255.00 35 Concrete Washout 1 EACH $ 350.00 $ 350.00 36 Tem•ora Ditch Inlet Protection 0 EACH $ 100.00 37 Tem•ora Silt Fence 475 LFT $ 2.50 $ 1,187.50 38 Mobilization and Demobilization for Seedin 1 EACH $ 500.00 $ 500.00 39 Bicycle and Diagonal Arrow Sign and Post 2 EACH $ 210.00 $ 420.00 40 Construction Si_ , T •e A 8 EACH $ 111.00 $ 888.00 41 Construction Sign, Type C Standard Barricade, T •e II1A 8 100 EACH LFT $ 225.00 $ 10.00 $ 1,800.00 $ 1,000.00 42 43 Detour Route Marker Assembl 24 EACH $ 109.00 $ 2,616.00 44 Road Closure Sian Assembl 8 EACH $ 145.00 $ 1,160.00 45 4 Inch White Epoxy Line with Reflective Glass Beads 560 LFT $ 1.88 $ 1,052.80 46 4 Inch Yellow Epoxy Line with Reflective Glass Beads 560 LFT $ 1.88 $ 1,052.80 47 Left Curve Warning Sign and Post 1 EACH $ 185.00 $ 185.00 48 End School Zone Si ,/ and Post 1 EACH $ 185.00 $ 185.00 49 Bicycle Warning Sign, Diagonal Arrow and Post 2 EACH $ 210.00 $ 420.00 50 Bic cle Warnin• Si: and Post 1 EACH $ 185.00 $ 185.00 Total for River Road Over Elizabeth Warren Drain Carmel Project No. 11-07 . $ 691,313.10 ALTERNATE BID #1 Prices in Figures Contract Estimated Unit Total Price Item No. Item Unit Price For Item 1 Construction Engineering I LS $ 625.00 $ 625.00 2 Third Part A_enc Testin, 1 LS $ 1,000.00 $ 1,000.00 3 Maintainin_ Traffic 1 LS $ 12,400.00 $ 12,400.00 4 As•halt, Remove 62 SYS $ 12.00 $ 744.00 5 5 Sign and Post, Remove and Re- install EACH $ 250.00 $ 250.00 6 Excavation, Common 475 CYS $ 58.00 $ 27,550.00 7 Linear Ditch Gradin: 732 LFT $ 25.00 $ 18,300.00 8 Com'acted A_a elate, 53, Base 240 TONS $ 30.00 $ 7,200.00 9 Saw Cut, As.halt 181 LFT $ 5.00 $ 905.00 10 Accessible Ramp with Detectable Warnin_ Stri .e 7 EACH $ 800.00 $ 5,600.00 11 12 Inch White Thermoplastic Line with Reflective Glass Beads 144 LFT $ 5.60 $ 806.40 12 18 Inch White Thermoplastic Stop Bar with Reflective Glass Beads 12 LFT $ 11.00 $ 132.00 13 8 Inch Yellow Cross Hatch 1 LS $ 1,288.00 $ 1,288.00 14 Concrete Sidewalk 90 SYS $ 89.14 $ 8,022.60 15 Concrete Modified Roll Curb 54 LFT $ 103.41 $ 5,584.14 16 HMA Bituminous Surface, Type "C ", 9.5mm 40 TONS $ 120.00 $ 4,800.00 17 HMA Bituminous, Intermediate, T .e "C ", 19mm 115 TONS $ 120.00 $ 13 800.00 18 Street Cut Re.air 181 LFT $ 24.00 $ 4,344.00 19 De.ressed Curb 42 LFT $ 37.00 $ 1,554.00 20 Curb Transition 84 LFT $ 38.00 $ 3,192.00 21 Filter Fabric 470 SYS $ 4.00 $ 1,880.00 22 Seed Mixture, R (170 lbs per acre) 50 LBS $ 20.00 $ 1,000.00 23 Fertilizer 200 LBS $ 0.20 $ 40.00 24 Re- s.read To 'soil 1 LS $ 2,500.00 $ 2,500.00 25 Erosion Control Blanket 525 SYS $ 1.85 $ 971.25 26 Tern.orary Inlet Protection 3 EACH $ 200.00 $ 600.00 27 800 LFT $ 2.50 $ 2,000.00 Tern ora Silt Fence 28 Pipe, 12 Inch, RCP, Including Backfill 8 LFT $ 145.86 $ 1,166.88 29 Pipe, 6 Inch, Double Wall Perforated HDPE 729 LFT $ 15.00 $ 10,935.00 30 A• • e:ate for Underdrains 65 CYS $ 50.00 $ 3,250.00 31 4' Diameter Manhole with Castin_ 1 EACH $ 2,492.63 $ 2,492.63 32 Snout 1 EACH $ 777.00 $ 777.00 33 Construction Sian, T se A 2 EACH $ 111.00 $ 222.00 34 Construction Si_ , T C 2 EACH $ 225.00 $ 450.00 35 School Advance Crossing Assembl and Post 1 EACH $ I85.00 $ 185.00 36 School Crossing Signage Assembl and Post 2 EACH $ 185.00 $ 370.00 Total for River Road Over Elizabeth Warren Drain Carmel Project No. 11 -07 . $ 146,936.90 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 December 4, 2012 2 December 12, 2012 3 December 17, 2012 BID -8 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall,fillly state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5? Bidder is cautioned that any exception taken by Bidder and deemed by O6iNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: None BID -9 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized Project: Project No. 11 -07 —River Road Culvert Replacement over Elizabeth Warren Drain Proposal For Construction of : Date: Remove and Replace three sided culvert over Elizabeth Warren Drain. December 19, 2012 To: City of Carmel, Indiana, Board of Public Works and Safety BID-1 1.1 Bidder Name: 1.2 Bidder Address: PART .1 BIDDER INFORMATION (Print) Street Address: 1900 S. Liberty Drive City: Bloomingtorstate: IN Zip: 47403 Phone: 812- 336 -4452 Fax: 812- 333 -1434 1.3 Bidder is alan_[mark one] Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: Crider & Crider, Inc. 2 Address: 1900 S. Liberty Drive .3 Date registered with State of Indiana: 12/18/1992 .4 Indiana Registered Agent: Name: Address: BID-2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total: Base Bid: -5E k) lit/Nr ) 'PLC V&\1 51% AA S4 Reef -E A' 5Z Dollars (S ). St Alternate Bid #1: forxrt- Eef-nlost4) i iLimosS3) Val loo Dollars ($ £S Z.°Y?.s1 ). 2.2 General The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base and selected Alternate Bids. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus Alternate Bid #1. The Bidder further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. B1D -3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Project No. 11 -07 - River Road Culvert Replacement Over Elizabeth Warren Drain BASE BID Prices in Figures Contract Estimated Unit Total Price Item No. Item Quantity Unit Price For Item 1 Construction Engineering 1 LS $10,000.00 $ 10,000.00 2 Mobilization and Demobilization 1 LS $25,000.00 $ 25,000.00 3 Third Party A>ency Testin_ 1 LS $2,500.00 $ 2,500.00 4 Maintaining Traffic 1 LS $5,000.00 $ 5,000.00 5 Con -Sian Bridge System 1 LS $295,000.00 $ 295,000.00 6 Precast Concrete Footin_ l LS $150,000.00 $ 150,000.00 7 Cast -in -Place Concrete Footing 1 LS $15,000.00 $ 15,000.00 8 Dewateririg 1 LS $5,000.00 $ 5,000.00 9 Tern orary Pum around 1 EACH $2,450.00 $ 2,450.00 10 Clearing Right of Wa , 1 LS $5,000.00 $ 5,000.00 11 Guardrail, Remove 256 LFT $5.00 $ 1,280.00 12 Existing Concrete Culvert and Associated Foundations, Remove 1 LS $10,000.00 $ 10,000.00 13 Ri ras, Remove 1 LS $1,500.00 $ 1,500.00 14 As halt, Remove 220 SYS $6.00 $ 1,320.00 15 Tree and Vegetation, Remove 1 LS $25,000.00 $ 25,000.00 16 Si_ and Post, Remove 6 EACH $50.00 $ 300.00 17 Sign and Post, Remove and Re - install 0 EACH $250.00 $ 18 Excavation, Common 1,350 CYS $12.50 $ 16,875.00 19 Excavation, Waterway 550 CYS $15.00 $ 8,250.00 20 Excavation, Foundation, Unclassified 650 CYS $17.50 $ 11,375.00 21 Linear Ditch Grading 158 LFT $7.50 $ 1,185.00 22 Com'acted Aggregate, 53, Base 0 TONS $25.00 $ - 23 Saw Cut, As halt 68 LFT $7.50 $ 510.00 24 Milling, As halt, 2 Inch 560. SYS $10.00 $ 5,600.00 25 HMA Bituminous Surface, Type C,9.5mm 80 TONS $103.00 $ 8,240.00 26 HMA Bituminous. Intermediate, T se "C ". 19mm 55 TONS $100.00 $ 5,500.00 27 HMA Bituminous Base, Type "C ". 25mm 75 TONS $98.00 $ 7,350.00 28 Handrail 197 LFT $170.00 $ 33,490.00 29 Filter Fabric 530 SYS $3.00 $ 1,590.00 30 Ri rap. Class I 720 TONS $50.00 $ 36,000.00 31 Seed Mixture, R (170 lbs per acre) 100 LBS $20.00 $ 2,000.00 32 Fertilizer 300 LBS $0.20 $ 60.00 33 Re- spread To )soil 1 LS $2,440.00 $ 2,440.00 34 Erosion Control Blanket 2,300 SYS $1.85 $ 4,255.00 35 Concrete Washout 1 EACH $1,000.00 $ 1,000.00 36 Temporary Ditch Inlet Protection 0 EACH $250.00 37 Tern orary Silt Fence 475 LFT $2.50 $ 1,187.50 38 Mobilization and Demobilization for Seedin. 1 EACH $500.00 $ 500.00 39 Bicycle and Diagonal Arrow Sign and Post 2 EACH $210.00 $ 420.00 40 Construction Sign, Type A 8 EACH $125.00 $ 1,000.00 41 Construction Sign, Type C Standard Barricade, Ty e IIIA 8 100 EACH LFT $135.00 $ 1,080.00 $ 1,200.00 42 $12.00 43 Detour Route Marker Assembly 24 EACH $89.00 $ 2,136.00 44 Road Closure Si >n Assembly 8 EACH $245.00 $ 1,960.00 45 4 Inch White Epoxy Line with Reflective Glass Beads 560 LET $1.00 $ 560.00 46 4 Inch Yellow Epoxy Line with Reflective Glass Beads 560 LFT $1.00 $ 560.00 47 Left Curve Warning Sign and Post 1 EACH $185.00 $ 185.00 48 End School Zone Sign and Post 1 EACH $185.00 $ 185.00 49 Bicycle Warning Sign, Diagonal Arrow and Post 2 EACH $210.00 $ 420.00 50 Bicycle Warnin Sign and Post 1 EACH $185.00 $ 185.00 Total for River Road Over Elizabeth Warren Drain Carmel Project No. 11 -07 $ 711,648.50 ALTERNATE BID #1 Prices in Figures Contract Estimated Unit Total Price Item No. Item Unit Price For Item 1 Construction Engineering 1 LS $1,500.00 $ 1,500.00 2 Third Party A>ency Testin: 1 LS $1,500.00 $ 1,500.00 3 Maintainin = Traffic 1 LS $5,000.00 $ 5,000.00 4 As shalt, Remove 62 SYS $50.00 $ 3,100.00 Sign and Post, Remove and Re- install 1 EACH $250.00 $ 250.00 6 Excavation, Common 475 CYS $12.50 $ 5,937.50 7 Linear Ditch Grading 732 LFT $4.00 $ 2,928.00 8 Compacted Aggre:ate, 53, Base 240 TONS $25.00 $ 6,000.00 9 Saw Cut, Asphalt 181 LFT $5.00 $ 905.00 10 Accessible Ramp with Detectable Warning Stri e 7 EACH $700.00 $ 4,900.00 11 12 Inch White Thermoplastic Line with Reflective Glass Beads 144 LFT $1.99 $ 286.56 12 18 Inch White Thermoplastic Stop Bar with Reflective Glass Beads 12 LFT $6.10 $ 73.20 13 8 Inch Yellow Cross Hatch l LS $850.00 $ 850.00 14 Concrete Sidewalk 90 SYS $41.00 $ 3,690.00 15 Concrete Modified Roll Curb 54 LFT $41.00 $ 2,214.00 16 HMA Bituminous Surface, Type "C ", 9.5mm 40 TONS $125.00 $ 5,000.00 17 HMA Bituminous, Intermediate, Ty e "C', 19mm 115 TONS $89.00 $ 10,235.00 18 Street Cut Re air 181 LFT $100.00 $ 18,100.00 19 Depressed Curb 42 LFT $37.00 $ 1,554.00 20 Curb Transition 84 LFT $39.00 $ 3,276.00 21 Filter Fabric 470 SYS $3.75 $ 1,762.50 22 Seed Mixture, R (170 lbs per acre) 50 LBS $20.00 $ 1,000.00 23 Fertilizer 200 LBS $0.20 $ 40.00 24 Re- spread To soil 1 LS $2,500.00 $ 2,500.00 25 Erosion Control Blanket 525 SYS $1.85 $ 971.25 26 Tem orary Inlet Protection 3 EACH $200.00 $ 600.00 27 Temporary Silt Fence 800 LFT $2.50 $ 2,000.00 28 Pipe, 12 Inch, RCP, Including Backfill 8 LFT $100.00 $ 800.00 29 Pipe, 6 Inch, Double Wall Perforated HDPE 729 LFT $7.50 $ 5,467.50 30 A mregate for Underdrains 65 CYS $35.00 $ 2,275.00 31 4' Diameter Manhole with Castilla 1 EACH $2.000.00 $ 2,000.00 32 Snout 1 EACH $500.00 $ 500.00 33 Construction Sign, T .e A 2 EACH $125.00 $ 250.00 34 Construction Sign, T se C 2 EACH $135.00 $ 270.00 35 School Advance Crossing Assembly and Post 1 EACH $185.00 $ 185.00 36 School Crossing Signage Assembly and Post 2 EACH $185.00 $ 370.00 Total for River Road Over Elizabeth Warren Drain Carmel Project No. 11 -07 $ 98,290.51 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE D5c£4.8E2 4 wIt 2- paetABt_ It ZpiZ_ 3 DEbuARgQ. f1 2017_ BID -8 I I I I I I I I I I I I I I I I I I PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 53 of this Part. �.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: BID-9 BR) PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. Company 7-Nas Exceva ��� , iA c Project Name: #11-07 ?iver I vad Gviverf" over Liiz. 1Uarre1 b Date Submitted: Dec, j y ,2o1 Z Base Bid Amount: 4'7-64- � 49 5 A 1-. I 0k cjr‘ Local Preference Law I am claiming Local Preference (Circle One) YES NO (All required documentation to be provided with bid proposal) Ick Form No.96 (Revised 2005) BID OF ATLAS EXCAVATING, INC. 4740 SWISHER ROAD WEST LAFAYETTE, IN 47906 FOR PUBLIC WORKS PROJECT OF City of Carmel IN Project No 11 -07 River Road Culvert Replacement over Elizabeth Warren Ditch Filed: December 19, 2012 Action taken Prescribed by State Board of Accounts State Form 52412 Form No. 96 (Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK- FORM 96 PART I (To be completed for all bids. Please type or print) 1. Governmental Unit: City of Carmel IN 2. County: Hamilton Co 3. Bidder (Firm): Atlas Excavating, Inc Date: December 19, 2012 Address: 4740 Swisher Rd., Bldg. A City /State: West Lafayette, In 47906 4. Telephone Number: 765-429-4800 5. Agent of Bidder Of applicable): NA Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the public works project of City of Carmel IN prepared by Cripe Architects and Engineers dated November 19 2012 for the sum of • es' II f lve, reJ .S� 1C -1 ✓VG I t^oott i- Q-` ski 1 pt/J.$ J "? lS 07 _ The under - signed further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the Governmental Unit. If the bid is to be awarded on a unit basis, the itemization of units shall be shown on a separate attachment. The Contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (if applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States. I . 5- 16 -8 -2. I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (For projects of $100,000 or more — IC 36- 1 -12 -4) Governmental Unit Bidder (Firm): Date: City of Carmel IN Atlas Excavating, Inc. December 19, 2012 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work When Completed Name and Address of Owner 2,178,000 Sanitary 2011 Dana IN Gravity Sewer 328,429 Storm Drainage 2011 Lebanon IN Elm Swamp Road 249,800 Water 2011 West Lafayette KCB Water Improve 2,717,347 Sanitary 2011 Dahinda IL Sani Sewer by Dir Drill 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work When to be Completed Name and Address of Owner 2,027,000 Sanitary 2012 West Lafayette Western Sani Div V 752,257 WW Treatment 2012 Chesterfield WW Treatment Plant 630,554 Storm 2012 Indianapolis Univ /Roberts Hall 639,513 Sanitary 2012 Lafayette IN Progress Drive 3. Have you ever failed to complete any work awarded to you? No If so, where and why? 4. List references from private firms for which you have performed work. Rieth -Riley Construction- Tom Buck Maddox Industrial- Jay Maddox SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc and any other information which you believe would enable the governmental unit to consider your bid. As per Plans & Specifications Please list the names and addresses of all subcontractors (i.e persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of work done by each subcontractor. See attachment to form 96 (rev 2005) g If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. As per Plans and Specifications 4. 5. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. As per Plans and Specifications Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name e anal vnnr nmnonn n onto rloorlxr m ro orlll rn +lnc ■ n n +c: A fa ..�..... .,... ...... vv..ayu . aauaaa.. ... �.w a aaaua aa�.0 via Lail. vut..,auv the envelope. cool v'ua Company: Rieth -Riley Construction Co., Inc. Project Name: River Road Culvert Warren Drain Replacement over Elizabeth Date Submitted: December 19, 2012 Base Bid Amount: $777,831.00 Local Preference Law I am claiming Local Preference (Circle One) ).ES (All required documentation to be provided with bid proposal) BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall he utilised by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Project No. 11 -07 —River Road Culvert Replacement over Elizabeth Warren Drain Proposal For Construction of : Remove and Replace three sided culvert over Elizabeth Warren Drain. Date: December 19, 2012 To: City of Carmel, Indiana, Board of Public Works and Safety BID -1 BIDDER INFORMATION (Print) 1.1 Bidder Name: Rieth —Riley Construction Co., Inc. 12 Bidder Address: Street Address: 1751 W. Minnesota Street C;r';:Indianapolis State: 11N 46221 Phone: 317 - 634 -5561 Fax: 317 -631 -6423 1.3 Bidder is a /an [mark one] Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign cotporanon. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State oflndiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: 2 Address: .3 Date registered with State oflndiana: 4 Indiana Registered Agent: Name: Address: BID -2 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus. materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including and all addenda any a.,d a�� Udde iilcrciu, fvi die Unit Prices applicable to the Contract items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total: • Seven hundred seventy -seven thousand Base Bid: eight hundred thirty -one\: and 00/100 ' Dollars (8 777,831.00 ). One hundred thirteen thousand Alternate Bid #1: three hundred twenty -four and 00 /100 Dollars (S 113,324.00 ). Voluntary Alternate: cast in place footings - $37,500.00 - thirty -seven thousand five hundred dollars General The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base and selected Alternate Bids. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus Alternate Bid Hi. The Bidder further acknowledges that the unit quantities listed in Pan 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID -3 PART 3 CONTRACT ITEMS AND UNIT PRICES (This part to be used only for bidding on Unit Price Contracts for the Contract Items shown) Project No. 11 -07; River Road Culvert Replacement over Elizabeth Warren Drain BASE BID BID -4 Prices in Figures Contract Item No. Item Estimated Quantity Unit Unit Price Total Price for Item 1 Construction Engineering 1 LS $ 2,500.00 $ 2,500.00 2 Mobilization and Demobilization 1 LS $ 36,890.00 $ 36,890.00 3 Third Party Agency Testing 1 LS $ 2,880.00 $ 2,880.00 4 Maintaining Traffic 1 LS $ 1,700.00 $ 1,700.00 5 Con -Span Bridge System 1 LS $ 309,820.00 $ 309,820.00 6 Precast Concrete Footing 1 LS $ 107,161.00 $ 107,161.00 7 Cast -in -place Concrete Footing 1 LS $ 63,906.00 $ 63,906.00 8 Dewatering 1 LS $ 6,584.00 $ 6,584.00 9 Temporary Pumparound 1 EACH $ 27,403.00 $ 27,403.00 10 Clearing Right of Way 1 LS $ 1,000.00 $ 1,000.00 11 Guardrail, Remove 256 LFT $ 8.00 $ 2,048.00 12 Existing Concrete Culvert and Associated Foundations, Remove 1 LS $ 11,830.00 $ 11,830.00 13 Riprap, Remove 1 LS $ 7,636.00 $ 7,636.00 14 Asphalt, Remove 220 SYS $ 7.00 $ 1,540.00 15 Tree and Vegetation, Remove 1 LS $ 6,796.00 $ 6,796.00 16 Sign and Post, Remove 6 EACH $ 60.00 $ 360.00 17 Sign and Post, Remove and Re- install 0 EACH $ - $ 18 Excavation, Common 1350 CYS $ 27.14 $ 36,639.00 19 Excavation, Waterway 550 CYS $ 26.72 $ 14,696.00 20 Excavation, Foundation, Unclassified 650 CYS $ 30.00 $ 19,500.00 21 Linear Ditch Grading 158 LFT $ 6.00 $ 948.00 22 Compacted Aggregate, 53, Base 0 TONS $ - $ - 23 Saw Cut, Asphalt 68 LFT $ 2.00 $ 136.00 24 Milling, Asphalt, 2 Inch 560 SYS $ 8.95 $ 5,012.00 BID -4 25 HMA Bituminous Surface, Type "C ", 9.5 mm 80 TONS $ 113.00 $ 9,040.00 26 HMA Bituminous, Intermediate, Type "C ", 19 mm 55 TONS $ 112.00 $ 6,160.00 27 HMA Bituminous Base, Type "C ", 25 mm 75 TONS $ 91.00 $ 6,825.00 28 Handrail 197 LFT $ 170.00 $ 33,490.00 29 Filter Fabric 530 SYS $ - 4.50 $ 2,385.00 30 Riprap, Class I 720 TONS $ 37.00 $ 26,640.00 31 Seed Mixture, R (170 lbs per acre) 100 LBS $ 20.00 $ 2,000.00 32 Fertilizer 300 LBS $ 0.20 $ 60.00 33 Re- Spread Topsoil 1 LS $ 5,859.00 $ 5,859.00 34 Erosion Control Blanket 2300 SYS $ 1.85 $ 4,255.00 35 Concrete Washout 1 EACH $ 823.00 $ 823.00 36 Temporary Ditch Inlet Protection 0 EACH $ - $ - 37 Temporary Silt Fence 475 LFT $ 3.60 $ 1,710.00 38 Mobilization and Demobilization for Seeding 1 EACH $ 500.00 $ 500.00 39 Bicycle and Diagonal Arrow Sign and Post 2 EACH $ 210.00 $ 420.00 40 Construction Sign, Type A 8 EACH $ 111.00 $ 888.00 41 Construction Sign, Type C 8 EACH $ 225.00 $ 1,800.00 42 Standard Barricade, Type IIIA 100 LFT $ 10.00 $ 1,000.00 43 Detour Route Marker Assembly 24 EACH $ 109.00 $ 2,616.00 44 Road Closure Sign Assembly 8 EACH $ 145.00 $ 1,160.00 45 4 Inch White Epoxy Line with Reflective Glass Beads 560 LFT $ 2.00 $ 1,120.00 46 4 Inch Yellow Epoxy Line with Reflective Glass Beads 560 LFT $ 2.00 $ 1,120.00 47 Left Curve Warning Sign and Post 1 EACH $ 185.00 $ 185.00 48 End School Zone Sign and Post 1 EACH $ 185.00 $ 185.00 49 Bicycle Warning Sign, Diagonal Arrow and Post 2 EACH $ 210.00 $ 420.00 50 Bicycle Warning Sign and Post 1 EACH $ 185.00 $ 185.00 Total for River Road Over Elizabeth Warren Drain Carmel Project No. 11 -07 $ 777,831.00 BID ALTERNATE BID 111 - -- Prices in Figures Contract Item No. Item Estimated Quantity Unit Unit Price Total Price for Item 1 Construction Engineering 1 LS $ 750.00 $ 750.00 2 Third Party Agency Testing 1 LS $ 1,645.00 $ 1,645.00 3 Maintaining Traffic 1 LS $ 13,286.00 $ 13,286.00 4 Asphalt, Remove 62 SYS $ 31.00 $ 1,922.00 5 Sign and Post, Remove and Re- install 1 EACH $ 100.00 $ 100.00 6 Excavation, Common 475 CYS $ 29.00 $ 13,775.00 7 Linear Ditch Grading 732 LFT $ 7.00 $ 5,124.00 8 Compacted Aggregate, 53, Base 240 TONS $ 25.00 $ 6,000.00 9 Saw Cut, Asphalt 181 LFT $ 2.00 $ 362.00 10 Accessible Ramp with Detectable Warning Stripe 7 EACH $ 1,285.00 $ 8,995.00 11 12 Inch White Thermoplastic Line with Reflective Glass Be. 144 LFT $ 6.00 $ 864.00 12 18 Inch White Thermoplastic Stop Bar with Reflective Glass Beads 12 LFT $ 11.00 $ 132.00 13 8 Inch Yellow Cross Hatch 1 LS $ 1,288.00 $ 1,288.00 14 Concrete Sidewalk 90 SYS $ 42.00 $ 3,780.00 15 Concrete Modified Roll Curb 54 LFT $ 35.00 $ 1,890.00 16 HMA Bituminous Surface, Type "C", 9.5 mm 40 TONS $ 174.00 $ 6,960.00 17 HMA Bituminous, Intermediate, Type "C" 9.5 mm 115 TONS $ 110.00 $ 12,650.00 18 Street Cut Repair 181 LFT $ 12.00 $ 2,172.00 19 Depressed Curb 42 LFT $ 44.00 $ 1,848.00 20 Curb Transition 84 LFT $ 38.00 $ 3,192.00 21 Filter Fabric 470 SYS $ 0.50 $ 235.00 22 Seed Mixture, R (170 lbs per acre) 50 LBS $ 20.00 $ 1,000.00 23 Fertilizer 200 LBS $ 0.20 $ 40.00 24 Re- spread Topsoil 1 LS $ 3,673.00 $ 3,673.00 25 Erosion Control Blanket 525 SYS $ 2.00 $ 1,050.00 BID -6 26 Temporary Inlet Protection 3 EACH $ 200.00 $ 600.00 27 Temporary Silt Fence 800 LFT $ 3.60 $ 2,880.00 28 Pipe, 12 inch, RCP, Including Backfill 8 LFT $ 107.00 $ 856.00 29 Pipe, 6 Inch, Double Wall Perforated HDPE 729 LFT $ 11.00 $ 8,019.00 30 Aggregate for Underdrains 65 CYS $ 50.00 $ 3,250.00 31 4' Diameter Manhole with Casting 1 EACH $ 2,615.00 $ 2,615.00 32 Snout 1 EACH $ 1,144.00 $ 1,144.00 33 Construction Sign, Type A 2 EACH $ 111.00 $ 222.00 34 Construction Sign, Type C 2 EACH $ 225.00 $ 450.00 35 School Advance Crossing Assembly and Post 1 EACH $ 185.00 $ 185.00 36 School Crossing Signage Assembly and Post 2 EACH $ 185.00 $ 370.00 Total for River Road Over Elizabeth Warren Drain Carmel Project No. 11 -07 $ 113,324.00 BID -7 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the teams and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 12 -4 -12 2 12 -12 -12 3 12 -17 -12 BID -8 PART 5 EXCEPTIONS Instructions To Bidders: 51 The Bidder shall Ally stale each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5. Bidder is cautioned that any exception taken by Bidder and deemed by OftNER to he a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. Exceptions: None BLD-9 BID PROPOSAL SUMMARY PAGE Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal the envelope. Company: Hoosier Pride Excavating, Inc. Project Name: River Road Culvert Replacement Date Submitted: 12/19/2012 Base Bid Amount $873,167.40 Local Preference Law I am claiming Local Preference (Circle One) (All required documentation to be provided with bid proposal) BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall he fully and accurately filled in and completed and notarized. Project: Project No. 11 -07 -River Road Culvert Replacement over Elizabeth Warren Drain Proposal For Construction of : Remove and Replace three sided culvert over Elizabeth Warren Drain. Date: December 19, 2012 To: City of Carmel, Indiana, Board of Public Works and Safety BID -I PART I BIDDER INFORMATION Print 1.1 Bidder Name: Hoosier Pride Excavating, Inc 1.2 Bidder Address: Street Address: 9150 N. Prairie Road City: Springport State: Indiana Zip: 47386 Phone: (765) 533-2010 Fax: (765) 533-2142 1.3 Bidder is a /an [mark one] Individual Partnership X Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 19581 .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 2.1 PART 2 BID PROPOSAL Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total: Eight- Hundred - Seventy- Three - Thousand - One - Hundred- Base Bid: Sixty- Seven - and - 40/100 Dollars ($ 873,167.40 One- Hundred - Seventy- Six - Thousand - Six - Hundred- Alternate Bid #1: Twenty- Seven - and - 99/100 ($ 176,627.99 ). 2.2 General Dollars The Bidder acknowledges that evaluation of the lowest bid shall be based on the total of the Base and selected Alternate Bids. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus Alternate Bid # I. The Bidder further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. BID -3 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for Bidding on Unit Price Contracts for the Contract Items shown] Project No. 11 -07 - River Road Culvert Replacement Over Elizabeth Warren Drain BASE BID Prices in Fi -lures Contract Estimated Unit Total Price Item No. Item Unit Price For Item 1 Construction Engineering 1 LS $ 7,500.00 $ 7,500.00 2 Mobilization and Demobilization I LS $ 41,000.00 $ 41,000.00 3 Third Pa A -lenc Testis_ I LS $ 7,000.00 $ 7,000.00 4 Maintainin -1 Traffic I LS $ 5,000.00 $ 5,000.00 5 Con -S.an Brid e S 'stem 1 LS $ 271,900.00 $ 271,900.00 6 Precast Concrete Footin I LS $ 198,850.00 $ 198,850.00 7 Cast -in - .lace Concrete Footin_ I LS $ 15,000.00 $ 15,000.00 8 Dewaterino 1 LS S 45,000.00 $ 45,000.00 9 Tem.ora Pum around I EACH $ 12,000.00 $ 12,000.00 10 Clearin Ri ht of Way I LS $ 27,000.00 $ 27,000.00 11 Guardrail, Remove 256 LFT $ 10.50 $ 2,688.00 12 Existing Concrete Culvert and Associated Foundations, Remove 1 LS $ 32,000.00 $ 32,000.00 13 Ri.ra., Remove I LS $ 6,500.00 $ 6,500.00 14 As shalt, Remove 220 SYS $ 10.00 $ 2,200.00 15 Tree and Ve *etation, Remove I LS $ 12,500.00 $ 12,500.00 16 Sinn and Post, Remove 6 EACH $ 50.00 $ 300.00 17 17 Sign and Post, Remove and Re - install EACH $ 125.00 $ 18 Excavation, Common 1350 CYS $ 19.00 $ 25,650.00 19 Excavation, Waterwa • 550 CYS $ 20.00 $ 11,000.00 20 Excavation ' Unclassified 650 CYS $ 18.00 $ 1 1,700.00 21 Linear Ditch Gradin. 158 LFT $ 25.00 $ 3,950.00 22 Corn .acted A • e• ate, 53, Base 0 TONS $ 28.00 $ - 23 Saw Cut, As. halt 68 LFT $ 8.00 $ 544.00 24 Millin_, As@halt, 2 Inch 560 SYS $ 10.58 $ 5,924.80 25 HMA Bituminous Surface, Type "C ", 9.5mm 80 TONS $ 126.26 $ 10,100.80 26 HMA Bituminous, Intermediate, "F '.e "C ", 19mm 55 TONS $ 12105 $ 6,767.75 27 HMA Bituminous Base, Type "C ", 25mm 75 TONS $ 120.90 $ 9,067.50 28 Handrail 197 LFT $ 181.90 $ 35,834.30 29 Filter Fabric 530 SYS $ 3.25 $ 1,722.50 30 Ri.ra., Class I 720 TONS $ 48.00 $ 34,560.00 31 Seed Mixture, R (170 lbs ser acre) 100 LBS $ 35.00 $ 3,500.00 32 Fertilizer 300 LBS $ 1.10 $ 330.00 33 Re- s.read To.soil I LS $ 4,800.00 $ 4,800.00 34 Erosion Control Blanket 2300 SYS $ 2.75 $ 6,325.00 35 Concrete Washout I EACH $ 500.00 $ 500.00 36 Tem.orary Ditch Inlet Protection 0 EACH $ 400.00 $ - 37 Tem.ora Silt Fence 475 LFT $ 2.75 $ 1,306.25 38 Mobilization and Demobilization for Seeding I EACH $ 600.00 $ 600.00 39 Bicycle and Diagonal Arrow Sign and Post 2 EACH $ 231.00 $ 462.00 40 Construction Si , T .e A 8 EACH $ 125.00 $ 1,000.00 41 Construction Sian, T .e C 8 EACH $ 250.00 $ 2,000.00 42 Standard Barricade, T .e IIIA 100 LFT $ 15.00 $ 1,500.00 43 Detour Route Marker Assembl ' 24 EACH $ 120.00 $ 2,880.00 44 Road Closure Si_ i Assembl 8 EACH $ 160.00 $ 1,280.00 45 4 Inch White Epoxy Line with Reflective Glass Beads 560 LFT $ 2.10 $ 1,176.00 46 4 Inch Yellow Epoxy Line with Reflective Glass Beads 560 LFT $ 2.10 $ 1,176.00 47 Left Curve Wamin_ Sign and Post I EACH $ 203.50 $ 203.50 48 End School Zone Sign and Post I EACH $ 203.50 $ 203.50 49 Bicycle Warning Sign, Diagonal Arrow and Post 2 EACH $ 231.00 $ 462.00 50 Bicycle Warning Si In and Post I EACH $ 203.50 $ 203.50 Total for River Road Over Elizabeth Warren Drain_ Carmel Pro ect No. 11 -07 $ 873,167.40 ALTERNATE BID #1 Prices in Figures Contract Estimated Unit Total Price Item No. Item Unit Price For Item I Construction Engineering I LS $ 5,000.00 $ 5,000.00 2 Third Party Agenc Testin_ I LS $ 4,500.00 $ 4,500.00 3 Maintainin ' Traffic 1 LS $ 6,500.00 $ 6,500.00 4 As•halt, Remove 62 SYS $ 12.00 $ 744.00 5 5 Sign and Post, Remove and Re- install EACH $ 120.00 $ 120.00 6 Excavation, Common 475 CYS $ 33.00 $ 15,675.00 7 Linear Ditch Gradin_ 732 LFT $ 40.00 $ 29,280.00 8 Com'acted Ag:re ate, 53, Base 240 TONS $ 28.00 $ 6,720.00 9 Saw Cut, As shalt 181 LFT $ 12.00 $ 2,172.00 10 Accessible Ramp with Detectable Warning Stri e 7 EACH $ 1,500.00 $ 10,500.00 1 I 12 Inch White Thermoplastic Line with Reflective Glass Beads 144 LFT $ 6.16 $ 887.04 12 18 Inch White Thermoplastic Stop Bar with Reflective Glass Beads 12 LFT $ 12.10 $ 145.20 13 8 Inch Yellow Cross Hatch I LS $ 1,450.00 $ 1,450.00 14 Concrete Sidewalk 90 SYS $ 85.00 $ 7,650.00 15 Concrete Modified Roll Curb 54 LFT $ 85.00 $ 4,590.00 16 HMA Bituminous Surface, Type "C ", 9.5mm 40 TONS $ 144.00 $ 5,760.00 17 HMA Bituminous, Intermediate, Tv se "C ", 19mm 115 TONS $ 102.00 $ 1 1,730.00 18 Street Cut Re lair 181 LFT $ 85.00 $ 15,385.00 19 De I ressed Curb 42 LFT $ 65.00 $ 2,730.00 20 Curb Transition 84 LFT $ 68.25 $ 5,733.00 21 Filter Fabric 470 SYS $ 3.25 $ 1,527.50 22 Seed Mixture, R (170 lbs er acre) 50 LBS $ 25.00 $ 1,250.00 23 Fertilizer 200 LBS $ 0.40 $ 80.00 24 Re -s read To. soil 1 LS $ 15,000.00 $ 15,000.00 25 Erosion Control Blanket 525 SYS $ 2.05 $ 1,076.25 26 Tem.ora Inlet Protection 3 EACH $ 220.00 $ 660.00 27 Tem•ora Silt Fence 800 LFT $ 2.75 $ 2,200.00 28 Pipe, 12 Inch, RCP, Including Backfill 8 LFT $ 80.00 $ 640.00 29 Pipe, 6 Inch, Double Wall Perforated FIDPE 729 LFT $ 12.00 $ 8,748.00 30 A e ate for Underdrains 65 CYS $ 40.00 $ 2,600.00 31 4' Diameter Manhole with Castin: I EACH $ 3,500.00 $ 3,500.00 32 Snout 1 EACH $ 500.00 $ 500.00 33 Construction Sign, T .e A 2 EACH $ 175.00 $ 350.00 34 Construction Si_ i, T '.e C 2 EACH $ 275.00 $ 550.00 35 School Advance Crossing Assembl and Post I EACH $ 225.00 $ 225.00 36 School Crossing Signage Assembl and Post 2 EACH $ 225.00 $ 450.00 Total for River Road Over Elizabeth Warren Drain S 176,627.99 Carmel Pro ect No. 11 -07 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE 1 2 3 BID -8 December 4, 2012 December 12, 2012 December 17, 2012 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non - responsive. 5.3 Exceptions: NONE. BID -9 State Form 52414 Prescribed by Slate Board of Accounts Form No. 96 (Revised 2005) CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 PART I (To be completed for all bids. Please type or print) Date: December 19, 2012 1. Governmental Unit (Owner): Carmel Board of Public Works and Safety 2. County : Hamilton 3. Bidder (Firm): Hoosier Pride Excavating, Inc. Address: 9150 N. Prairie Road City /State: Springport, IN 47386 4. Telephone Number (765) 533 -2010 5. Agent of Bidder Of applicable): N/A Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the public works project of Board of Public Works and Safety for the City of Carmel (Governmental Unit) in accordance with plans and specifications prepared by Cripe Architects +Engineers and dated 11/19/2012 Eight- Hundred - Seventy- Three - Thousand - One - Hundred- Sixty - Seven - Dollars and 40/100 $ 873,167.40 for the sum of The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5- 16 -8 -2). I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of subject to the following conditions: Contracting Authority Members: PART II (For projects of $100,000 or more — IC 36 -1 -12-4) Governmental Unit Bidder (Firm) Date: Board of Public Works and Safety Hoosier Pride Excavating, Inc. December 19, 2012 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner $401,976 Bridge Const. 11/30/2012 Wayne County Commissioners $1,097,986 Bridge Const. 11/30/2012 City of Noblesville, IN $314,427 Pedestrian Bridge 8/7/2012 Town of Fishers, IN $281,677 Bridge Const. 6/25/2012 Hancock County Commissioners 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner $52,860 Bridge Const. 12/15/2012 Randolph County Highway Open Contract Maintenance Open Contract Hancock County Commissioners Open Contract Maintenance Open Contract Henry County Commissioners 3. Have you ever failed to complete any work awarded to you? No. If so, where and why? 4. List references from private firms for which you have performed work. None in the past year. SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded.